Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2004 FBO #0880
SOURCES SOUGHT

58 -- EOD New Underwater Lifting System (NULS)

Notice Date
4/22/2004
 
Notice Type
Sources Sought
 
Contracting Office
NSWC Panama City, Code XPS1, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133104TMM03
 
Response Due
6/15/2004
 
Point of Contact
Mary Helen Moore at 850-235-5058, or or Contracting Officer Margie Dulatt at 850-235-5398.
 
Description
GOVERNMENT SOURCES SOUGHT - REQUEST FOR INFORMATION (RFI) for EOD New Underwater Lift System (NULS). THIS IS NOT A REQUEST FOR PROPOSALS. NSWC Panama City on behalf of the Program Executive Office Littoral and Mine Warfare (PEO-LMW) Program Management Office Explosive Ordnance Disposal (PMS-408) is seeking information on diver based modular lift system for conducting Explosive Ordnance Disposal diving operations, including lifting mines and mine simulators. This notice serves as the first step for evaluating alternatives and supporting research efforts. NSWC PC and PMS-408 are interested in systems and technologies that will support diver lift capabilities. Ultimately, this will support the mission by providing capabilities in the following areas: 1)Man portable in a small boat operating environment 2)Swim ability such that (a) in water components allow diver to conduct mis sion unencumbered by the system, (b) use of the system does not cause diver fatigue (c) system maximizes the ability to free the divers hands to perform other mission tasks. 3)Power source replaceable or rechargeable at the operational level. The system must be lightweight and man portable. Any component of the system that is not diver borne shall have a small shipboard footprint and able to provide topside operations from a small inflatable craft. Open system architecture to allow for future upgrades is a desirable feature. Other features included are: 1)Be capable of lifting 2,000 lbs. from a depth of 200 feet of seawater, with the objective of being capable of lifting 2,500 lbs. from a depth of 300 feet 2)Be able to be deployed by a single diver. 3)Be rugged, reusable and low maintenance We are interested in investigating the feasibility of the following: 1)Non -explosive alternative to the explosive valve for providing a high-pressure air gate between the air supply and the lifting bag 2)Providing the future capability of deploying the lift system via remotely operated vehicles or unmanned underwater vehicles 3)Providing a system with a low-magnetic signature NSWC-PC is not interested in systems that pump air from the surface down to a lifting bag. Interested parties must provide white paper submittals to be received by the Government by 1630 hours on 15 June 2004. The Government will assess submittals for their potential use in the EOD diver-lifting mission. Contractor submittals that the Government determines to possess potential for contributing to the diver hull search and navigation mission solution may be provided an opportunity to demonstrate their system or subsystem. Contractors must identify for which of the three a reas listed above their submission is to be considered. The assessment criteria are based on system technical maturity, potential effectiveness, performance, suitability, cost, and schedule. The Navy is contemplating convening a limited-scope demonstration event in the Sep 2005 through Dec 2005 time frame and anticipates inviting selected Contractors to demonstrate their system capabilities. For the purposes of the demonstration, the focus will be on verifying system ability to satisfy the assessment criteria while operating in a relevant operational environment. The government does not anticipate providing funds to Contractors to participate in the demonstrations. There is no specific format or outline that submittals must follow. However, information pertinent to the assessment criteria, especially system or subsystem technical maturity, should be provided. Include ot her descriptive literature and any other specific and pertinent information that would enhance consideration and evaluation of the information submitted. Contractors responding should indicate whether they are a small business (S), a small disadvantaged business (SDB), 8(a), or large business (L). Please include four (4) copies for each response. Each response must reference the RFI title and must be limited in length to ten (10) typed pages. Specific narrative information that should be provided in the submission include: 1)System description, capabilities 2)Chronology of system development 3)Summary of past test events with location, dates and results 4)If available, logistic supportability and projected unit cost estimate information. In anticipation of Contractor invitation for the limited scope demonstration, provide an explanation of what would be demonstr ated and any additional support required of the government necessary for the Contractors participation in the demonstration. Supporting literature and test documentation that demonstrate technical maturity of your proposed solution may be included in addition to the 10-page narrative paper. Contractors offered an opportunity to demonstrate their system will be provided additional details including demonstration schedule and extent of support the Government will provide. Telephone responses will not be honored. Technical Point of Contact: Mr. John Shelburn, john.shelburne@navy.mil
 
Web Link
NSWC Panama City Sources Sought
(http://www.ncsc.navy.mil/Contracts/Ztables/sourcestab.htm)
 
Record
SN00571231-W 20040424/040422212412 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.